|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1999 PSA#2311Department of the Navy, Naval Facilities Engineering Command,
Commander, Atlantic Division, Contracts Office, Code 0212, 1510 Gilbert
Street, Norfolk, Virginia 23511-2699 M -- OPERATION, MAINTENANCE AND REPAIR OF TRANSPORTATION EQUIPMENT AT
THE NAVY PUBLIC WORKS CENTER, NORFOLK, VIRGINIA AND OTHER ACTIVITIES
SOL N62470-98-R-4522 DUE 071599 POC Contract Specialist, Patty DiVito,
(757) 322-4138 E-MAIL: divitopj, divitopj@efdlant.navfac.navy.mil. The
Atlantic Division, Naval Facilities Engineering Command, Norfolk,
Virginia intends to acquire Services for the Operation, Maintenance and
Repair of Alpha categories "A" through "Z" Transportation Equipment and
Other Miscellaneous Items for the Transportation Department, Navy
Public Works Center, Norfolk, Virginia and Other Activities. This
procurement is the result of a Commercial Activities (OMB circular
A-76) Study. Sources would be required to provide the managerial,
administrative, supervisory, direct, and overhead personnel as
necessary to accomplish all of the operation, maintenance and repair
functions included in this contract. The scope of the contract includes
operation, maintenance and repair, leasing and rental, and the operator
training and licensing of Civil Engineering Support Equipment (CESE),
Material Handling Equipment (MHE), Weight Handling Equipment (WHE), and
miscellaneous equipment. The Contractor shall provide personnel,
equipment, repair parts, materials, oil/lubricants, supplies, and
tools, except as specified herein as Government furnished, to perform
the full function of transportation operation, maintenance, and repair
support to the activity, including equipment lease/rental and operator
licensing and certification, as required. Performance shall be in
accordance with the standards contained herein, including all
referenced publications and instructions. The PWC has operational sites
at the following locations: Naval Base Norfolk, Norfolk, Virginia;
Naval Air Station Norfolk, Norfolk, Virginia; Norfolk Naval Shipyard,
Portsmouth, Virginia; Naval Air Station Oceana, Virginia Beach,
Virginia; Fleet Combat Training Center Atlantic Dam Neck, Virginia
Beach, Virginia; Naval Amphibious Base Little Creek, Virginia Beach,
Virginia; Naval Auxiliary Landing Field Fentress, Chesapeake, Virginia;
Naval Weapons Station Yorktown, Yorktown, Virginia; Fleet and
Industrial Supply Center Cheatham Annex, York County, Virginia. The PWC
Transportation Department also maintains equipment locatedat the
following sites: Naval Regional Medical Center, Portsmouth, Virginia;
Fort Story, Virginia Beach, Virginia; Naval Security Group Northwest,
Chesapeake, Virginia; Dare County Bombing Range, Dare County, North
Carolina; and the Port Control Office, Moorehead City, North Carolina;
Vehicles and equipment located at the Naval Security Group Northwest,
Chesapeake, Virginia, the Dare County Bombing Range, Dare County,
North Carolina, and Port Control Office, Moorehead City, North Carolina
shall be maintained and repaired on site. On occasion, vehicles in the
fleet inventory travel to other sites in the country. The Contractor
shall be responsible for conducting repairs or having repairs
accomplished regardless of where a vehicle resides. This is a proposed
combination firm fixed price/indefinite quantity type contract for a
base period of one year with four one year options to extend, total
duration not to exceed sixty (60) months. The proposed solicitation is
unrestricted. Specifications will be available on or about 28 May 1999
on a first come, first serve basis. This solicitation will be available
in electronic format only. All documents will be in the Adobe Acrobat
PDF file format on CD Rom. The free Acrobat Reader required to view the
PDF files is provided on the CD or can be downloaded from the Adobe
website. A charge of $12.50 will be made for each CD. The solicitation
will be made available upon receipt of a written request and a
non-refundable check or money order paid to the order of the U. S.
Treasury. Written requests shall be sent to: Defense Automated Printing
Service, 1641 Morris Street, Building KBB, Norfolk, VA 23451-2898.
Please state area code, telephone number, street address and nine-digit
zip code. Any inquiries regarding availability of specifications call
Defense Automated Printing Services (DAPS) (757) 444-5968; website for
bidder's list is http://www.norfolk.sebt.daps.mil/; technical
inquiries may be addressed to Patty DiVito (phone: (757) 322-4138 or
fax: (757) 322-4142/4145). A preproposal conference/site visit is
tentatively scheduled to commence 15 June 1999 and may require several
days to complete. The pre-proposal conference will be held in the Code
02 Conference Room, First Floor, Building Z-140, Room 128. The site
visit will begin following the conference. Transportation will be
provided from Building Z-140. Exact times will be identified at a later
time. Technical and Administrative personnel will be available during
the pre-proposal conference to discuss the requirements and answer
questions that have previously been submitted in writing. Written
questions must be mailed to the Commander, Atlantic Division, Naval
Facilities Engineering Command, Norfolk, Virginia 23511-2699,
Attention: Patty DiVito, Code 02126 or submitted via facsimile at (757)
322-4142/4145 or via E-mail at divitopj@efdlant.navfac.navy.mil. no
later than 9 June 1999. To confirm the date and make reservations for
the conference, please contact Patty DiVito at (757) 322-4138 or
facsimile (757) 322-4142/4145. A limit of two (2) representatives per
prospective offeror will be accepted to attend. The proposed
acquisition is subject to Government in-house cost comparison to
determine the economic feasibility of accomplishing services in-house
or by contract in accordance with OMB circular A-76. All responsible
sources may submit an offer which will be considered. In accordance
with the provisions of DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR
REGISTRATION, offerors must be registered in the Central Contractor
Registration (CCR) database. Lack of registration in the CCR database
on the part of an offeror will make an offeror ineligible for award.
Offerors and contractors may obtain information on registration and
annual confirmation requirements by calling 1-888-227-2423 or via the
Internet at http://ccr.edi.disa.mil. Posted 03/24/99 (W-SN312137).
(0083) Loren Data Corp. http://www.ld.com (SYN# 0071 19990326\M-0001.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|